The Bureau of Land Management (BLM) is seeking a vendor to provide and install a potable water filtration system at White Sandy Campground in Helena, Montana. The project involves filtering iron, total dissolved solids, sulfate, and water hardness, along with necessary pump room modifications. The existing infrastructure includes a well, pump, and constant pressure system with a flow rate of approximately 15 gpm. The successful vendor will be responsible for providing all materials, labor, and equipment, adhering to BLM specifications and drawings, and submitting product specifications, shop drawings, and as-built plans for approval. The work includes specific performance criteria for filtration, proper disposal of backflush, and electrical work to meet Montana state codes. Installation must follow manufacturer's specifications, allow for maintenance, and include leak testing and disinfection. Payment will be a lump sum for electrical additions, various ion exchange systems (iron, sulfate, water softening), pressure tanks, and pump room modifications. Water quality tests indicate high levels of hardness, sulfate, and total dissolved solids, necessitating the filtration system.
The Bureau of Land Management's Butte Field Office is undertaking the White Sandy and Devil's Elbow Potable Water Filtration Project in Lewis and Clark County, Montana. This project aims to address poor water quality at the White Sandy Campground by installing a potable water filtration system. The scope includes designing and installing a water filtration system within the existing pump room, which measures 10ft x 16ft. The contractor is responsible for all construction methods, sequencing, safety, and compliance with local, state, and federal laws, including obtaining necessary permits. The project involves electrical work with a water treatment building panel schedule and a process system incorporating water softening, iron removal, and sulfate ion exchange, along with pre-filters and pressure tanks. The contractor must verify site conditions, utility locations, and dimensions, coordinating with the engineer for any discrepancies. The project's issue date is November 14, 2025.
The document outlines the requirements for the White Sandy Campground Water Treatment project in Lewis and Clark County, Montana. This project involves installing water treatment equipment in the pumproom and connecting it to the existing potable water system. Key aspects include general information, plumbing work results, process water treatment systems, and electrical materials and methods. The scope covers labor, equipment, supplies, and materials. The project emphasizes adherence to various standards and codes, detailed submittals, quality assurance, and specific procedures for delivery, storage, handling, site conditions, sequencing, and scheduling. It details requirements for valves, water meters, pressure tanks, filters, and ion exchange systems for water softening, iron removal, and sulfate removal. Electrical work must comply with NFPA 70 and NESC, including grounding, raceway systems, and panelboard installations. All work is subject to inspections and testing to ensure compliance.
The SAM.gov General Decision Number MT20250040 outlines prevailing wage rates and labor requirements for building construction projects in Lewis And Clark County, Montana, excluding single-family homes and apartments up to four stories. It details minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document also lists specific wage and fringe benefit rates for various trades, including electricians, plumbers, laborers (with zone definitions), and carpenters, along with modification numbers and publication dates. It clarifies identifiers for union, union average, survey, and state-adopted wage rates. Additionally, it includes information on Executive Order 13706 regarding paid sick leave for federal contractors and outlines the appeals process for wage determination matters through the Department of Labor.
The Past Performance Questionnaire is a crucial document for contractors bidding on government solicitations, requiring them to demonstrate their relevant experience and past project successes. Contractors must provide details on their years of experience, both personally and as a company, in the type of work requested and as a prime or sub-contractor. The questionnaire mandates a list of relevant projects completed in the last three years, including contract numbers, amounts, project types, completion dates, and reference contacts. It also requires disclosure of any concurrent contract commitments. A key component is the contractor's declaration of whether they have ever failed to complete awarded work or had work completed by a performance bond, with explanations required for any affirmative answers. The document concludes with a certification section, where an official attests to the completeness and accuracy of the information provided, authorizing the Bureau of Land Management to verify their capability.
This document is a Bid Schedule from the United States Department of the Interior, Bureau of Land Management, for a project at White Sandy Campground. The project involves the design and installation of a water filtration system to address existing water quality issues. The bid is structured as a single Line Item (LS) for the "White Sandy Campground Filtration System" with a quantity of 1, requiring a total
The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana. This total small business set-aside procurement seeks to provide and install water filtration equipment in the campground's pump room to address iron, total dissolved solids, sulfate, and water hardness. The estimated project cost is between $25,000 and $100,000, with a NAICS code of 221310 and a small business size standard of $41.0 million. Key dates include a site visit on January 7, 2026, and a quote due date of January 19, 2026. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete it within 90 calendar days. The solicitation emphasizes compliance with various federal acquisition regulations, including those concerning Buy American provisions, electronic invoicing through IPP, and prohibitions on certain telecommunications equipment. Required documents include Standard Form 1442, Past Performance, Bid Schedule, and a Design Plan.